Raytown Quality Schools
|
|
- Edwin Casey
- 6 years ago
- Views:
Transcription
1 Raytown Quality Schools ISSUE DATE: 3/24/2017 PROPOSAL DUE DATE / TIME: PURCHASING BIDS AND CONTRACTS REQUEST FOR PROPOSAL For ASBESTOS ABATEMENT SERVICES RFP #2017AAS-1 3/31/ :15 a.m. IMPORTANT NOTICE IF YOU ARE NOT RESPONDING: 1. CHECK THE BOX FOR NO RESPONSE, 2. ADD THE REASON FOR YOUR NON- RESPONSE, 3. SIGN, DATE, AND FAX BACK THIS COVER PAGE ONLY, TO (816) NO RESPONSE 2. COMPANY NAME: 3. OUR REASON FOR NO RESPONSE : 3. SIGNATURE:, DATE: If the full Request For Proposal is not included, you can pull the entire document at: DIRECT ALL QUESTIONS & INQUIRES TO: Primary Contact James Morrill Director, Facility Operations james.morrill@raytownschools.org Department Fax: (816) Secondary Contact Jason Vaughan Asst. Director, Facility Operations jason.vaughan@raytownschools.org No phone calls shall be accepted during the solicitation posting. or Fax communications are the only acceptable forms of communication and shall be posed during the designated and acceptable time frame according to the RFP directive.
2 Table of Contents 1.0 Overview and District Terms General Work District Terms General Information Original RFP Document Pre-proposal Conference Pre-proposal Site Visit Performance and Payment Bonds Submission Deadline Communication, RFI s Payment and Retainage Payment and Retainage Selection Process and Minimum Requirements Vendor Requirements Prevailing Wage Background Checks Safety and Health Training Transient Employees Missouri Laborers Vendor Licensing and Regulations Specifications and Scope of Work Statement of Objective Scope of Work Contract Duration Evaluation Criteria Conduct of Operations Required Proposal Format and Content Proposals Format Bid Price Information Bid Price Information Bid Price Information 11 Bid/Proposal/Quote Cover 12
3 1.0 Overview and District terms 1.1 General work Raytown Quality Schools (RQS) is requesting a proposal and a statement of qualifications from qualified licensed companies to provide asbestos abatement and disposal services on an asneeded basis for Raytown Quality Schools. Products/Services needed: District-wide asbestos inspection, abatement and disposal services for the period of July 1, 2017 June 30, 2020, with the option to renew for two (2) additional years based on performance and price. 1.2 District terms Proposals will be date and time stamped upon receipt by the Raytown C-2 School District. The request for proposal does not commit the District to any specific course of action. The District reserves the right to waive minor technical defects in a bid, reject any and all bids, reject any part of a bid, advertise for new bids, or make the purchase on the open market if the product or service can be obtained at a better price. The District reserves the right to design the evaluation criteria to be used in selecting the best bid. The District reserves the right to provide the final contract for mutual consideration and agreement. Should any differences arise as to the meaning or intent of the specifications, the District s decision shall be final and conclusive. If the scope of the purchase changes substantially, the district will rebid the product or service unless otherwise provided in this procedure. The District reserves the right to reduce or increase numbers of items or services for the original request for bid/proposal/quote. Any bid may be withdrawn prior to the scheduled time for the opening of bids. Any bid received after the time and date specified shall not be considered. It shall be the responsibility of the selected vendor to initiate and complete the process of certification to become an approved vendor for RQS. It shall be the responsibility of the vendor to provide the necessary documentation, and to verify satisfactory completion, for this certification. Federal and State laws, Local ordinances and Board policies apply to contracted services. No portion of any master service agreement or contract may defy these laws, ordinances, and policies. Any such portion of a master service agreement or contract that does defy these laws, ordinances, and polices will be considered null and void.
4 2.0 General Information 2.1 Original RFP Document The Raytown Facility Operations Department shall retain the Request for Proposal (RFP), and all related terms and conditions, addenda, exhibits and other attachments, in original form in an archival copy. Any modification of these, in the vendor s submission, is grounds for immediate disqualification. 2.2 Pre-Proposal Conference 3/24/ : Blue Ridge Blvd., Raytown, If a pre-proposal conference has not been scheduled, RQS reserves the right to schedule a preproposal conference at a later date PRIOR to the due date of the Proposal if, in the sole judgment of RQS, there is a need for such conference. 2.3 Pre-Proposal Site Visit - N/A A site visit is required if the project is such that the vendor shall have actual knowledge of the physical situation relative to the solicitation in order to submit a valid response. 2.4 Performance and Payment Bonds Vendors should read this document closely to determine whether a performance bond or similar requirements are indicated for this RFP. Vendors shall ensure that complete and competent evidence of such coverage is provided to RQS in their proposal package. The Bond and insurance are required to be in effect and cover 100% of the project until accepted in total by RQS. 2.5 Originals/Copies - Submission Deadline and Location The RFP and all attachments, to also include any applicable & acknowledged addenda, are to be included within the required proposal submissions which include one (1) original signature copy, marked ORIGINAL along with two (2) photocopies of your proposal marked Copy 1 through Copy 2. The signer of the PROPOSAL for the vendor shall be a legally authorized representative capable of binding, through contract, the vendor and vendor s organization. The original proposal, all attachments and all required copies may be bundled in one sealed package. Any confidential or proprietary information shall be sealed in a separate envelope within the submission envelope/package and clearly marked as CONFIDENTIAL/PROPRIETARY. Facsimile and/or Proposals shall NOT be accepted. All Proposals shall be submitted and received by the Facility Operations office NO LATER THAN 10:15 a.m. CST, Friday, March 31, Proposals shall be addressed as follows with the Raytown Quality Schools Request for Proposal #2017AAS-1, ASBESTOS SERVICES clearly marked on the outside of the sealed package to: Raytown Quality Schools Attention: James Morrill, Director, Facility Operations Bid Proposal Enclosed 2017AAS-1, Asbestos Services 5911 Blue Ridge Blvd. Raytown, MO Office hours for receipt of proposals are: Monday through Friday, 6:30 A.M. through 3 P.M., Central Standard Time. Offers may be hand delivered, express mailed, or otherwise sent to arrive prior to the closing time 2.6 Communication, Requests for Information From the date of RFP issue, the sole contact between RQS and the vendor for questions, inquires, clarifications or interpretations related to the terms and conditions, process, procedures, language, and/or specifications of the RFP is the Director of Facility Operations or designee. For communication purposes all questions and inquiries regarding this document shall only be directed in writing to the attention of:
5 Primary Contact: Secondary Contact: James Morrill Director, Facility Operations Department Fax: (816) Jason Vaughan Asst. Director, Facility Operations Questions and/or information requests may be submitted as they occur, but NOT LATER THAN 12:00 PM CST, Wednesday, March 29, questions, referencing Questions for RFP #2017AAS-1 on the correspondence. Questions and answers shall be posted to the website as one addendum to the solicitation. Any applicable addenda in relation to this RFP Solicitation are required to be executed and included in the vendor submission. Proposals missing addenda shall be deemed as unresponsive and therefore, disqualified from evaluation. 3.0 Payment and Retainage 3.1 Payment and Retainage The District is exempt from sales tax and use taxes. Taxes shall not be listed in a bid/proposal/quote or on invoices. A copy of the letter exempting the District from paying these taxes is available from the District upon request by the contractor/vendor. A payment schedule shall be decided on with the chosen contractor/vendor. Said schedule shall be part of the contract between the contractor/vendor and District. There shall be no hidden costs associated with this bid/proposal/quote. If the contractor/vendor foresees any additional or unexpected costs or charges to be made, these charges need to be explained in the bid/proposal/quote. RQS issues purchase orders and therefore shall be invoiced by purchase order and pay by purchase order. Applicable vendor invoices should be billed within 30 days of completion of services and/or delivery of goods. Purchasing and payments shall be in accordance with Board policy DFJ as outlined in administrative procedure DFF-AP1. This procedure can be found on the District website. 4.0 Selection Process and Minimum Requirements 4.1 Vendor Requirements Firm shall conform to the requirements listed in this request. Vendor may use sub-contractors to fulfill any obligations within its contract, but the subcontractors must be approved by the district. The quality of goods, products, materials, equipment, workmanship, and services shall be as described and must be to the satisfaction of the District. The District shall have full power and authority to reject any materials furnished that are not in strict conformity with the specifications, or equal in every respect to the exact item described therein. All goods, products, materials and equipment furnished shall be factory new and any deviation there from will constitute just cause for rejection unless otherwise specified. Prices shall be net. It shall be agreed and understood that the bidder will deliver all items on the specifications on which proposals/quotations are accepted to the site(s) indicated free of
6 freight, drayage, express, or other excess charges. The bidder shall have responsibility for any damage incurred during transit. No increase in price shall be permitted during the term of the contract. 4.2 Prevailing Wage Notice that the contractor must follow all provisions of the prevailing wage law (AWO #23) and pay at least the prevailing wage law and pay at least the prevailing hourly rate of wages, as set out in the wage order, to all workers performing work under the contract. Contractors who do not comply with the law will forfeit a penalty to the district of $100 per calendar day (or portion of a day) for each worker who is paid less than the prevailing rate for any work done under the contract by the contractor or by any subcontractor. Contractors and subcontractors will be required to complete an affidavit of compliance prior to final payment. Contractors and subcontractors are required to report to the district the date and amount of any wage subsidy, bid supplement or rebate for employment on a public works project received within 30 calendar days of receipt of payment, as required by state law. Such subsidies, supplements or rebates are prohibited if they reduce the wage rate below the prevailing wage rate. Contractors and subcontractors who do not comply will owe the district a penalty as required by law. 4.3 Worker Background Checks All contractor employees servicing this contract shall have had a successful background check performed. The Contractor is to supply the school district with a list of these employees. 4.4 Safety and Health Training All Contractors and subcontractors must provide on-site workers a ten-hour program in construction safety and health approved by the Occupational Safety and Health Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations (DOLIR) that is at least as stringent as OSHA program or have documentation that the workers have previously completed the required program. Bid specifications will also include notice that failure to comply with the law will result in a penalty in the amount of $2500 plus $100 per employee for each calendar day the employee is employed without the required training. 4.5 Transient Employees Notice that all bidders for contracts that may exceed $5000 must provide a sworn affidavit and supporting documentation that affirms the bidder s participation in a federal work authorization program as well as an affidavit that the bidder does not knowing employ any person who is an unauthorized alien who will be working on the project bid. A contractor is only required to provide the affidavits to the district on an annual basis. Notice that transient employers as defined in RSMo., must file a financial assurance instrument with the director of revenue and provide proof of compliance to the district before work begins, or otherwise provide financial security to the district as required by law. Once work begins, a transient employer must position in a prominent and easily accessible place at the worksite a clearly legible copy of: -The notice of registration for employer withholding issued to the transient employer by the director of revenue. -Proof coverage for workers compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers Compensation. -The notice of registration for unemployment security.
7 Bid Specifications will also state that any transient employer failing to comply with these requirements will be liable for penalty of $500 per day of until the notice required by this section are posted as required by statute. Contractors utilizing transient employers as subcontractors are required to ensure that the subcontractors are complying with state statute. 4.6 Missouri Laborers When applicable due to excessive unemployment in the state, notice that contractors may only utilize Missouri laborers and laborers from nonrestrictive states, unless such laborers are not available or are incapable of performing the work involved, as certified by the contractor. Nonrestrictive states are those states that have not passed laws restricting Missouri laborers from working on public projects in their states. 4.7 Vendor Licensing and Regulations Firm must be licensed with the necessary legal entities such as the State of Missouri and the City of Raytown to perform the above mentioned services. This includes: Business license from the City of Raytown Firm must perform the work within the legal guidelines and building codes for the City of Raytown and the State of Missouri. This includes: Missouri DNR rules and regulations Firm must have experience in this this type of facility construction within the last 5 years similar in nature to the scope of services requested herein. Firm must provide 7 total references. 5.0 Specifications 5.1 Statement of Objective RQS is soliciting proposals for asbestos services on a district-wide, as-needed basis. 5.2 Scope of Work RQS is soliciting bids for asbestos inspection, abatement and disposal services, as well as creating/updating management plans in keeping with AHERA requirements. All work is to be performed at various locations in the District and at off-site locations owned or leased by RQS. Work may include, but not be limited to: Removal of straight pipe insulation and pipe fitting insulation utilizing negative pressure glove bags, Removal of straight pipe insulation and pipe fitting insulation inside a full negative pressure enclosure, Removal of surfacing materials, such as sprayed-on fireproofing, Removal of various friable miscellaneous materials, such as lay-in ceiling panels or acoustical tile, Removal of non-friable floor tile and floor tile mastic in a non-friable manner, Other related work as required. 5.3 Contract Duration This contract is for three (3) years, with option to renew for two (2) additional years. The District reserves the right to terminate the contract with a thirty-day notice to the service provider.
8 5.4 Evaluation Criteria Proposals shall be evaluated on criteria deemed to be in District's best interest, including, but not limited to, cost, quality of work, references, experience, ability to meet specifications and ability to respond in a timely fashion. 5.5 Conduct of Operations All work shall be done in a neat, clean and orderly manner by experienced, capable craftsmen. A supervisor shall be designated to communicate with RQS personnel and ensure a safe and secure working site. The District will pay for all code inspections; however, it is the contractor's responsibility to request and set up inspections with the appropriate agency for all work requiring inspection, in a timely manner. The contractor shall conduct the operation of this contract in a cooperative manner with the District and shall interfere as little as possible with the normal operations and functions of the District. Contractor shall work around District programs, functions and student activities. The contractor shall be responsible for and save harmless the University from all fines, penalties or loss incurred for, or by reason of, the violation by the contractor of any Federal, State or municipal law, rule, regulation or ordinance while the said work is in the process of construction. The general liability coverage provided by the contractor shall be a minimum of $1,000,000 combined single limit and aggregate and a minimum of $1,000,000 of auto liability, as required by the School District. The successful bidder must provide a Certificate of Insurance listing the Raytown C-2 School District as additional insured, prior to the start of the contract period. 6.0 REQUIRED PROPOSAL FORMAT AND CONTENT 6.1 Proposals Three bound copies should be submitted on 8 1/2 by 11 paper, single sided, with consecutive page numbers. 6.2 Format The proposal should contain the following sections in the order presented below. Proposals that do not include these sections may be considered non-responsive and as such may not be considered. Bid/Proposal/Quote Cover Sheet Letter of Interest Profile and Experience Litigation History References Contractor s Bid Price Section 1: Bid/Proposal/Quote Cover Sheet Fill out completely the Bid Cover Sheet which is the last page of this document. Place said cover sheet as the first page of the bid/proposal/quote that has been prepared for consideration. Section 2: Letter of Interest
9 The proposal should be introduced with a letter of interest that includes a synopsis of the company s services and highlight the capacity to perform the work. The letter should be signed by the individual with contract signature authority for the company. Section 3: Profile and Experience Outline company history, scope of services offered, size of the firm, and location. Give additional detail that the company feels may elaborate on profile and experience. List out in a matrix format experience. Section 4: Litigation History List all litigation in the last five years, filed against the firm or firm s employees. State the beginning and end date, each lawsuit, case, or proceeding and the judgment or resolution or anticipated judgment or resolution. Section 5: References Two financial references must be provided from either financial institutions or suppliers using the format below. Reference Contact Name Phone Number Five project references must be provided of which three must be schools where you have provided comparable projects (overlaps acceptable). These projects must have been engaged during the last five years. These references must be for services provided by the proposing company, not by individuals within the company who may have worked on projects while at another company. Use the format on the following page. Reference Organization Contact Name Phone Number Project Completion Date Section 6: Performance Bond. The selected contractor will be responsible to provide a 100% performance bond or cashier check, prior to the beginning of work, for non-emergency, planned projects.
10 6.3 Section 7: Contractor s Bid Price July 1, 2017 June 30, 2020 Item Description Qty Range Unit Unit Price Floor tile and mastic Remove and dispose SF Floor tile and mastic Remove and dispose SF Floor tile and mastic Remove and dispose SF Floor tile and mastic Remove and dispose SF Window glazing Remove and dispose LF Window glazing Remove and dispose LF Window glazing Remove and dispose LF Ceiling tile Remove and dispose SF Ceiling tile Remove and dispose SF Ceiling tile Remove and dispose SF Ceiling tile Remove and dispose SF Adhesive dots Remove and dispose Dots Adhesive dots Remove and dispose Dots Adhesive dots Remove and dispose 500+ Dots Pipe insulation Remove and dispose LF Pipe insulation Remove and dispose LF Pipe insulation Remove and dispose LF Pipe insulation Remove and dispose LF Pipe insulation Remove and dispose LF Drain pots Remove and dispose 1-25 Pots Drain pots Remove and dispose Pots Drain pots Remove and dispose 51+ Pots Mudded joints Remove and dispose 1-50 LF Mudded joints Remove and dispose LF Mudded joints Remove and dispose 100+ LF 6 month inspections 3 year AHERA inspections Supervisor hourly rate Worker hourly rate Inspection of 31 buildings in the Raytown C-2 School District. Inspection of 31 buildings in the Raytown C-2 School District. # per crew Approx. 1,707,766 Sf Approx. 1,707,766 Sf per hour per hour
11 6.4 Section 8: Contractor s Bid Price July 1, 2020 June 30, 2021 Reflects price increase of %. 6.5 Section 9: Contractor s Bid Price July 1, 2021 June 30, 2022 Reflects price increase of %.
12 Bid/Proposal/Quote Submitted By Company Name Authorized Name/Title (printed) Authorized Signature Contact Person for the Bid/Quote/Proposal process Date Telephone Fax
Request for Bid. For. District VMWare Enterprise Licensing
Request for Bid For District VMWare Enterprise Licensing Raytown Quality Schools Raytown, Missouri November 7, 2017 Table of Contents Information... 3 Overview... 4 Proposal Due Date and Time... 4 District
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.
More informationPROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019
a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver
More informationPROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019
CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings
More informationPROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019
REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006
More informationPROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019
RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following
More informationCity of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None
City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid
More informationSt. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch
St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified
More informationLEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For
LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL 16-018 For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is
More informationCity of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.
Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood
More informationADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO
ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December
More informationBids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:
The City of Farmington is accepting bids for EXCAVATION AND HAULING and your company is invited to submit a proposal. Bids are due by 10:30 a.m. local time, Friday March 31, 2017. Sealed bids may be mailed
More informationTHE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES
THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF
More informationREQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT
Physical Address: 501 South Main Street Mailing Address: PO Box 228 Telephone: 817-636-2462 Metro: 817-638-2758 www.cityofrhome.com cityofrhome@earthlink.net REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD
More informationREQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid
More informationINVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationAIA Document A701 TM 1997
Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More informationB. The Bid is made in compliance with the Bidding Documents.
SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are
More informationPLEASANTVILLE HOUSING AUTHORITY
PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT
More informationADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements
ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00
More information2018 Recreation Center Dectron Unit - R22 Refrigerant
Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park
More informationCITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017
City of O Fallon Document Scanning Request for Proposals #17-056 CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER 17-056 DOCUMENT SCANNING September 15, 2017 INCLUDED ARE: Proposal Instructions
More informationThe Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals
The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation
More informationRequest for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation
Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District
More informationREQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationOFFICE OF THE SUMMIT COUNTY SHERIFF
OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,
More informationHVAC Remodel Second Floor North Center Building
Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December
More informationThe City of Moore Moore, Oklahoma
The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite
More informationEast Central College
SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL
PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina
More informationState of Florida Department of Transportation
ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS
More informationInvitation to Bid: Promotional Items
1 Invitation to Bid: Promotional Items Date: December 3, 2018 Submitted by: Cara Hart Manager, Cooperative Purchasing chart@crec.org Due: January 4, 2019, 11:00 a.m. Capitol Region Education Council 111
More informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More informationINSTRUCTIONS TO BIDDERS
11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction
More informationBarrow County School System
Barrow County School System Boldly Committed to Student Success REQUEST FOR PROPOSALS ISSUE DATE: October 02, 2019 RFP: TREE & BRUSH REMOVAL MNT19003 ISSUING AGENCY: BARROW COUNTY SCHOOL SYSTEM* 179 WEST
More informationRequest for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis
Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals
More informationCITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid 2018 6WD Motor Grader 2018 Boom Mower (Shredder) Deadline Date March 13, 2018 at 3:00PM (956) 831-4592
More informationCity of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building
City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The
More informationRequest For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office
For For The Issue Date: June 1, 2018 Due Date: June 25, 2018 by 10:00 a.m. Central Time Submit RFP to: Benton County Commission c/o Michelle McLerran Kreisler P.O. Box 1238 316 Van Buren Warsaw, Missouri
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationREQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03
REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food
More informationADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE
ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the
More informationREQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority
REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street
More informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationINVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationRequest For Proposal (RFP) for
Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The
More informationNOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)
NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors
More informationKANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES
KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00
More informationCITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance
CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections
More informationPROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017
GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor
More informationREQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS
REQUEST FOR PROPOSALS The is soliciting sealed Request for Proposals; hereinafter referred to as RFP, to be received by the City Secretary s Office located at 415 W. University Drive, Edinburg, Texas 78541.
More informationColumbia Public Schools Columbia, Missouri
FOR THE S Columbia Public Schools Columbia, Missouri RFP # C-10025 Invitation For Request For Proposal THIRD PARTY ADMINISTRATOR TO MANAGE THE SCHOOL DISTRICT ADMINISTRATIVE CLAIMING and ADMINISTRATION
More informationPROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT
West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial
More informationNOTICE OF PROPOSAL INVITATION
NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:
More informationNatural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses
State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************
More informationREQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES
REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals
More informationLCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS
LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for
More informationGlenwood/Bell Street Well Pump and Piping Construction
SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park
More informationRequest for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF
Request for Bids Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Bid Due Date: Thursday, August 11, 2016 Time: 2:00 P.M. ONONDAGA COUNTY RESOURCE RECOVERY
More informationDocument A701 TM. Instructions to Bidders
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District
More informationREQUEST FOR PROPOSAL. Information Technology Support Services
Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December
More informationHuman Services Building Roof Project (4 flat roofs)
Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PROJECT: Cooke Classrooms Carpet & Flooring RFP 13-008 PREPARED: April 22, 2013 DEPARTMENT OF PROCUREMENT THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE,
More informationSILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016
SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District
More information525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number
525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationREQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO
REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the
More informationCity of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,
City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia, 30297. Bid Deadline November 3, 2017, at 2pm Purpose: The City of
More informationTOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.
TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040
More informationINSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri
INSTRUCTIONS TO BIDDERS Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri 1. Sealed Bids for Water Line Replacement in the Area of Gillis Street from Hines to Lydia
More informationREQUEST FOR PROPOSAL NUMBER B Department of Purchasing 300 South Broadway St. Louis, MO 63102
REQUEST FOR PROPOSAL NUMBER B0003662 Department of Purchasing 300 South Broadway St. Louis, MO 63102 SPECIFICATIONS FOR INVESTMENT AND ASSET MANAGEMENT SERVICES FOR NON-CERTIFICATED EMPLOYEES RETIREMENT
More informationPURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:
PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM
PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
More informationREQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas
REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst
More informationDate: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:
SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep
More informationREQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing
REQUEST FOR PROPOSALS Service Contract Act Administration February 21, 2012 Jason Carlin 918-384-7636 CNB Purchasing Jason.carlin@cnent.com Cherokee Nation Businesses 777 West Cherokee St. Catoosa, OK
More informationKANSAS CITY REGIONAL PURCHASING COOPERATIVE INVITATION FOR BID BID NO. 85 IMPORTANT CONTRACT HIGHLIGHTS
KANSAS CITY REGIONAL PURCHASING COOPERATIVE INVITATION FOR BID BID NO. 85 IMPORTANT CONTRACT HIGHLIGHTS BIDDER S RESPONSE Bidders must complete Sections 4.0, 5.0 and appendices, signed and submitted by
More information(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA
SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR
More informationREQUEST FOR PROPOSALS #10652
COUNTY OF MONTEREY CONTRACTS/PURCHASING DIVISION 1488 SCHILLING PLACE SALINAS, CA 93901 (831) 755-4990 REQUEST FOR PROPOSALS #10652 for ON-CALL GREASE TRAP AND SEWER LIFT STATION PUMPING, WATER JETTING
More informationATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL
ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING
More informationLONE TREE SCHOOL FLOORING REPLACEMENT
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree
More informationWayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213
November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory
More informationRFP Landscape Maintenance Service s RFP #
REQUEST FOR PROPOSAL LANDSCAPE MAINTENANCE SERVICES seeks a qualified vendor to provide basic landscape maintenance services for our various locations (Please see Ehibit 1 defining type of service needed
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationREQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO
REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationInvitation to Bid RFP-VISITOR MANAGEMENT SYSTEM
Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,
More information